HomeMy WebLinkAboutR-88-06376/23/88
NO.
RESOLUTION
A RESOLUTION ACCEPTING THE BIDS OF TWELVE
(12) SUPPLIERS, FOR FURNISHING SPECIFIED AND
BALANCE OF LINE OFFICE SUPPLIES, AS NEEDED,
ON *A CONTRACT BASIS FOR ONE (1 ) YEAR TO THE
GENERAL SERVICES ADMINISTRATION DEPARTMENT,
DIVISION OF PROCUREMENT/CENTRAL STORES AT A
TOTAL PROPOSED COST OF $270,000.00;
ALLOCATING FUNDS THEREFOR FROM THE 1988-89
INTERNAL SERVICE FUND - CENTRAL STORES
ACCOUNT NO. 420801-700-511000; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS
FOR THESE MATERIALS, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHERi
s were
received
g� ,6 3'
ems and
balance o
,
: Basis
for one
��
tra:ion
Department
WHERi
(n
`"�
( 59 )
potential
?d; and
WHERE
? 1988-
89 Interna _ .... _. _ _- _ _ )1- 700-
511000; and
WHEREAS, these materials will be use by the Division of
Procurement/Central Stores for the purpose of maintaining an
inventory of office supplies for distribution to all City
Departments on an as needed basis; and
WHEREAS, the City Manager and the Director of General
Services Administration recommend that the bids received from the
below listed firms, be accepted as the lowest responsible and
responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIA.MI, FLORIDA:
Section 1. The May 25, 1988 bids of the following several
suppliers for furnishing specific and balance of line office
supplies as needed, on a contract basis for one (1) year, to the
General Services Administration Department, Division of
Procurement/Central Stores at a total proposed cost of
$270,000.00 is hereby accepted with funds therefor hereby
allocated from 1988-89 Internal Service Fund/Central stores
Account No. 420801-700-511000.
... - � ��
`' �. tea`..'
1 � � � `� ( v
Cfi� Ci <i
�� e� � 1
/�
�- ��- ���
� �
�� � �
�,
J-88-633
7/ 13/88
RESOLUTION NO. �►3%
A RESOLUTION ACCEPTING THE BIDS OF TWELVE
(12) SUPPLIERS, FOR FURNISHING SPECIFIED AND
BALANCE OF LINE OFFICE SUPPLIES, AS NEEDED,
ON A CONTRACT BASIS FOR ONE (1) YEAR TO THE
GENERAL SERVICES ADMINISTRATION DEPARTMENT,
DIVISION OF PROCUREMENT/CENTRAL STORES AT A
TOTAL PROPOSED COST OF $270,000.00;
ALLOCATING FUNDS THEREFOR FROM THE 1988-89
INTERNAL SERVICE FUND - CENTRAL STORES
ACCOUNT NO. 420801-700-511000; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS
FOR THESE MATERIALS, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received May 25, 1988 for the furnishing of Specified Items and
balance of line office supplies, as needed, on a Contract Basis
for one (1) year to the General Services Administration
Department, Procurement Division/Central Stores; and
WHEREAS, invitations were mailed to fifty nine (59)
potential suppliers and twenty three (23) bids were received; and
WHEREAS, funds for this purchase are available in the 1988-
89 Internal Service Fund - Central Stores Account No. 420801-700-
511000; and
WHEREAS, these materials will be use by the Division of
Procurement/Central Stores for the purpose of maintaining an
inventory of office supplies for distribution to all City
Departments on an as needed basis; and
WHEREAS, the City Manager and the Director of General
Services Administration recommend that the bids received from the
below listed firms, be accepted as the lowest responsible and
responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The May 25, 1988 bids of the following
several suppliers for furnishing specific and balance of line
office supplies as needed, on a contract basis for one (1) year,
to the General Services Administration Department, Division of
Procurement/Central Stores at a total proposed cost of
1 CITY COMMISSION
MEETING OF
JUL 14 1988
No. �14-63
(it: `,'ARKS,
1
'1
$270,000.00 is hereby accepted with funds therefor hereby
allocated from 1988-89 Internal Service Fund/Central stores
Account No. 420801-700-511000.
BIDDER/Minority
SPECIFIED ITEMS
BALANCE
OF LINE
Classification
Award
# of Items
Amount
Discount
Award
I.
Barnett Office Supplies
45
$15,569.80
42-21%
Yes
(Woman owned)
2.
Long's Office Supplies
1
11.64
35%
Yes
(Non -Minority)
3.
Decora Office Furniture
55
107,398.28
40%
Yes
(Woman -Owned)
4.
Photocopy Center
4
16,144.20
None
No
(Hispanic)
5.
Xerox Corp.
5
15,843.12
None
No
(Non -Minority)
6.
X.I.P.S. Corp.
6
5,109.20
40-45%
Yes
(Hispanic Minority)
7.
AMR Office Supplies
4
3,349.60
25%
Yes
(Black Minority)
8.
B & L Business
14
5,054.66
2%
No
(Black Minority)
9.
Coral Paper
6
2,168.15
None
No
(Non- Minority)
10.
K-Data Products
8
11,441.28
20%
Yes
(Non -Minority)
11.
Mao Paper
2
4,500.00
None
No
(Non -Minority)
12.
Kemron Office Supplies
2
1,264.32
30-35%
Yes
(Non -Minority)
Sub Total
$187,854.25
$82,145.75
GRAND TOTAL AWARD
$270,000.00
*Actual $ amount awarded
to
each will be a
portion
of
the total amount allocated,
depending on
low bid time
of need.
Section 2. That the City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue Purchase Orders
for these supplies, subject to the availability of funds.
PASSED AND ADOPTED this 14th day of alnY 1988.
ATTE
XAVIER L. S AREZ, MAYOR
MATT HIRAI, CITY CLERK
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND
CORRECTNESS:
ROBERT F. CLARK JORG L.3 FE EZ
CHIEF DEPUTY CITY ATTORNEY CITY ATTORNE
RFC:bss:M754
Note: In instances where two bids have been submitted by a
Dade County vendor and a non -Dade County vendor and in
the same exact amount, award has been made to the
vendor located in Dade County; where similar bids have
been submitted by a minority vendor and a non -minority
vendor, award has been made to the minority vendor.
-2-
88-637
1
I
ia.-OrM.1-2 I . M-O i, 11111M
BID SECURITY
OAT Sipe NICIovab May 25, 1988 2:00 pm
ME OF SECURITT
�i00ER
TOTAL
Virginia Paper Co.
Broken down by items
C.A. Mangel Associates
Xips Corps
Xerox Corporation
"
Kemron 01S
"
Barnett's Office Supplies
"
Ross Enterprise
"
Photocopy Center Inc.
A.M.R. Office Supply Co.
"
Venkoren Inc.
"
The Shop Specialty Home and
Office Products.
Mac Papers Inc
9 to 5 Supply Corp.
"
AFP Industries
it"
Barlop Inc
--7
Z%Z%.r11V yOr%. behalf of PURCHASING DIV./PUBLI WORKS '^
SIGN D �C ,� -�y 4 �A velopes.
DATE:
Rccciv� �� s►evr de(W169d clock• thl• tilor �1 1
Mt •CCOYMTIIIG avafow
Aft
BID SECURITY
KSy Continued DATE IjtOI REC9iV9O May 25, 1988 2:00 bm
87-88-097
TTPE OF SECURITY
O�OOEe
TOTAL
D.L. Miller Inc
Broken down by items
Savin Florida
"
Decora Office Furniture
(I envelope with sample)
A & C Stationers
"
Coral Paper Co.
"
B & L Business Products
KData Products Inc
Long Office Supply'
"
Joyce Office Products Cente
s
American Computer Supply
RECEIVED on behalf of PURCHASING DIV./PUBLIC WORKS envelopes.
SIGNED: DATE:
Secelved 66 skcvr rcftjibed e1weks MI• day o1 Is,.
post ACCOUNTIaI: DIVISION
LEGAL ADVERTISEMENT t-, j
BID NO. 87-88-086
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida,
33133 not later than r2 00 p-.n. May _,_ __1988 for furnishing
Office Supplies on a C6ntYadt i3asis for One (1) year to the
Department of General Services Administration, Procurement
Management Division, Stock Room.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and rejected.
Ordinance No. 10062 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 579-6380.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 5141)
Cesar H. Odio
City Manager
DEPT DIV.
ACCOUNT CODE -
DATE_ --
PREPARED BY
Publish the attached advertisement
Type of advertisement: legal _
(Check One)
First four words of advertisement: -
Remarks:
nnip 11
°i t PP C�
L
REQUISITION FOR ADVERTISEMENT
This number must appear
in the advertisement.
— PHONE APPROVED BY:
DIRECTOR OF ISSUING DEPARTMENT
times.
fnumher of times)
classified display
Starting date
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATE Y MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 117118
1 125134
39
42 145 50
51 56
57 62
63 65
66 71
0
1
2
4
1
V
P
III11=12101"
2
817
1
2
3
4 7
8 V P 1213
14
15 DESCRIPTION 36
64 DISCOUNT 69
72 AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing Yellow - Finance
Pink — Department
Approved for Payment
L-
CITY OF MIAMI. FLORIDA
NTEP-OFFICE 1AEMORANDUM
Honorable Mayor and Members
of the City Commission
" 4i!1trIrnadez
City Attorney
atE '1LE
July 14, 1988
e:EC-
City Commission Meeting
July 14, 1988
Agenda Items 014, #16,
=EtEAENCES #28, 035, #36, 439 042,
450, #53, #60. #62, #63
NCLOSURES and #145
The following information and material should be considered by
you in your deliberations at today's Meeting:
Agenda item #14 (J-88-633) [Resolution accepting bids
for furnishing office supplies] We have added language
in the body of the Resolution to reflect that in those
instances where a minority vendor and a non -minority
vendor submitted bids in the identical amount, the
award is being made to the minority vendor; likewise,
where identical bids have been submitted by a Dade
County vendor and a non -Dade County vendor, the award
is being made to the Dade County vendor.
Agenda Item #16 (J-88-635) [Resolution accepting bid
for furnishing and installation of playground
equipment] The allocation of specified amounts from
the various project accounts for this contract to
purchase and install park equipment in 18 City parks
has been modified to reflect that the allocations are
maximum amounts. The modification was made because the
total proposed contract cost is less than the allocated
amount in the Resolution that was distributed in the
Packet.
Agenda item #28 (J-88-645) [Resolution declaring a
previously awarded bidder in default and accepting next
lowest bid] This Item involves a bidder, who after
being awarded a contract for the construction of this
Virginia Key Lifeguard project, simply did nothing (not
even executing the contract documents). As
distributed, the Resolution would have rescinded the
earlier awarding Resolution (No. 88-197, 3/10/88).
However, we have modified the proposed Resolution to
expressly declare --the previously successful bidder to
be in default. A copy of the substitute Resolution is
attached.
89-f 37
Honorable Mayor and Members July 14, 1938
of the City Commission page 2
Agr€nda Item #35 (J-88-653) [Resolution authorizing an
agreement and reallocation of funds] The distributed
material for this Item did not include a copy of the
Agreement with Greater Miami Neighborhoods. Inc. whose
execution is sought to be authorized; we are attaching
a copy for your reference and our guidance.
agenda Item 436 (J-88-650) [Resolution authorizing a
contract to increase existing Revolving Loan Fund] The
title to this Resolution has been m,odiUgA to reflect
the provision of $190.000 for admiffrRYnive operations
of Miami Capital Development, Ina. As distributed the
allocation. although expressly set forth in Section 2
of the Resolution body, was not reflected in the title.
Agenda item #39 (J-88-698) [Resolution rescinding
portion of previously adopted Resolution, allocating
funds, approving guidelines for pilot program and
authorizing contracts] There were unsubstantial
changes made in the title as well as the body of this
Resolution as distributed which Resolution formalizes
action taken by you at the Meeting of June 23. 1988 in
regard to the Citywide Business Development Pilot
Program.
Agenda item 442 (J-88-655) [Resolution authorizing
amendment to Revocable Use Permit for the United States
Yacht Racing Union] Our office is reviewing the
unified development process which is being applied to
the parcel of land involved in this Item. Pending that
review, we request that your consideration of this Item
be deferred until the next Commission Meeting of
July 21st.
agenda Item #50 (J-88-667) [Resolution authorizing
request for bids and allocation of funds for
construction of housing units] We have added language
in the title of this Resolution to reflect the fact
that the contract will be awarded on the basis of a
minority set -aside and that the perforipanoe bond is
being waived as --is reflected in the body of the
Resolution.
89 —6. 37
Honorable Mayor and Members July 14. lose
of the City Commission page 8
Agenda Item #83 (J-88-870) CResolution approving and
establishing reimbursement to City for construction of
housing project] Attached for reference you will find
a reimbursement schedule for repayment of the City's
site acquisition cost for the Civic Center Site housing
project which is the subject of this Item and which was
previously approved by Motion 88-182 on 2/25/88. The
Schedule was not included in the material that was
distributed in the Agenda Packet. Copies of the motion
and schedule are attached.
Agenda Item #8Q (J-88-674) [Resolution authorizing use
of streets for a running event l A last minute change
in the local sponsor of this September 11, 1988 event
necessitated a modification of the Resolution as
distributed. Attached is a substitute Resolution
reflecting that the Miami Runners Club is the new
sponsor for the Sports Aid '88 race to be run in
Coconut Grove instead of Downtown Miami.
80T8: At the time the Consent Agenda is voted upon, with the
ezoeption of #42 vhich we request to be vithdravn, if these Items
(#14. #16. #28, #36, #39. #50, and #60) are not removed from the
Consent Agenda and oonsiderad separately, there should be an
announcement made by the Mayor that Items #14. #16, #28, #36.
#39, #50 and #60 are being voted upon 'as modified'.
Agenda Item #62 (J-88-895, J-88-695A) [Emergency
Ordinanos increasing fees for reproduction of records
and services] This Item as distributed consists of an
emergency ordinance which not only would increase fees
for reproduction of copies of Building and Zoning
Department records but also increase fees for other
department sery�ioes and for certificates issued by that
Department. In order to satisfy the requirements of
law pertaining to "single subject~ legislation, we have
drafted 1= ordinances which treat the reproduction fee
increase separately from the increase in other fees.
Both of these substitute ordinances are attached hereto
for your separate consideration:
J-88-695 identifies the reproduction fee increase
ordinance which amends City Code Section 2-74.
J-88-695A identifies the fee increase ordinance
for the other services and certificates involving the
functions of the Building and Zoning Department.
88--6 37
Ranora,ble Mayor and Members July 14. loge
or the city commission page 4
Sganda ztam 082 U-$8-87b) tRmergenoy Ordinance
Ohanging the required notification for public hearings
to comply with State Statutes] The title of this
Rmergenoy Ordinance as distributed reflected an
amendment as being made to City Code Section 82-84 when
in faot no amendment is being made. Accordingly. we
have made this change and oorreoted a grammatical error
in the first 'Whereas' clause. The attached ordinance
replaces the ordinance contained in your Packet.
Agenda item #145(J-88-378) (Discussion concerning
proposed revision to City Burglary and Robbery Alarm
Ordinance) Our previous transmittal memorandum to you
dated July S. 1988 is attaohed hereto together with the
proposed amendatory ordinance which is recommended for
adoption on first reading at this Meeting today.
JLF:RFC:bss:P884
cc: Cesar H. Odic. City :'anager
Natty Hirai. City C1--rk
Herb Bailey, Assistant City Manager
Chief Clarence Diokc n, Police Department
Ron E. Williams, Director, General Services Administration
Walter Golby, Director
Department of Parks. Recreation and Public Facilities
Don W. Cather, Director, Department of Public Worsts
Gerry Gerreauz, Dirc--tor
Housing Conservat-on and Development Agency
Frank Casteneda, Director, Department of Community Development
Edith Fuentes. Director
Department of Building and Zoning
Linda K. 8earsQn, Assistant City Attorney
89-637
14
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
To The Honorable Mayor and Members
of the City Commission
FROM Cesar H. Odio s4"J
City Manager `j
RECOMMENDATION:
DATE 1 U L _ J 1988 FILE
SUBJECT Resolution Authorizing
Award of Bid 487-88-U86
Office Supplies -
REFERENCES City Wide
ENCLOSURES
It is respectfully reccmmended that the City Commission adopt the
attached resolution awarding contracts to twelve (12) suppliers
for furnishing Office Supplies on a contract basis for one .(1)
year to the lowest complete responsive bidders in accord with Bid
No. 87-88-086.
Award is to six (6) minority companies for an estimated combined
amount of $152,625.74 and six (6) non -minority companies for an
estimated combined amount of $35,228.51 for a total combined
amount of $187,854.25. An estimated balance of line of $82,145.75
will be purchased on an as needed basis from four minority and
three non -minority vendors who have provided acceptable balance
of'line discounts. (See detailed information on page 2)
BACKGROUND:
The General Services Administration Department has reviewed bids
received in response to Bid No. 87-88-086 for furnishing
approximately 152 specified items and balance of line discount on
a contract basis for one (1) Year to the General Services
Administration Department, Division of Procurement/Central
Stores.
The Department of General Services Administration, Division of
Procurement/Central Stores maintains an inventory of Office
Supplies and forms which are issued to various City departments.
volume purchasing of these supplies and the operation of this
system produces a substantial savings in purchasing costs and
man-hours.
Products not specifically listed in the bid will be purchased
from the low bidder at the time of need, based on L:)revailing
price and the balance of line discount offered to the City under
this bid.
I
Bid No. 87-88-086
Page 2
Below are listed the awards recommended to be made:
BIDDER/Minority
SPECIFIED ITEMS
BALANCE
OF LINE
Classification
#
of Items
DISCOUNT
Award
Amount
Offered -Awarded
I.
Barnett Office Supplies
4
�15, 69.80
42-21%
Yes
(Woman owned)
2.
Long's Office Supplies
1
11.64
35%
Yes
(Non -Minority)
J.
Decora uttice Furniture
55
107,398.28
40%
Yes
(Woman -Owned)
4.
Photocopy Center
4
16,144.20
None
No
(Hispanic)
5.
Xerox Corp.
5
15,843.12
None
No
(Non -Minority)
6.
X.I.P.S. Corp.
6
5,109.20
40-45%
Yes
(Hispanic Minority)
7.
AMR Office Supplies
4
3,349.60
25%
Yes
(Black Minority)
8.
B & L Business
14
5,054.66
2%
No
(Black Minority)
9.
Coral Paper
6
2,168.15
None
too
(Non- Minority)
10.
K-Data Products
8
11,441.28
20%
Yes
(Non -Minority)
11.
Mac Paper
2
4,500.00
None
No
(Non -Minority)
12.
Kemron Office Supplies
2
1,264.32
30-35%
Yes
(Non -Minority)
Sub Total
$18 ,854.25
$82,145.75
GRAND TOTAL AWARD $270,000.00
Funds for these purchases are available in the 1988-89 Internal
Service Fund - Central Stores, Account Code Number 420801-700-
511000 .
f3E3-63 i
TI_IFI— 2�-88 MoN 1 1 L 20 MGM T .
-YLiP4 m r—e3L% r-1r-%N 1 1 I L9 f5 GSA
& BUDGET
P . 04
P . L% 4
CITY Or MIAMI. FLORIDA
INTER-OFFICIt MEMORANOUM
To Willi J �c`h t DATc, June 23, 1988
t,its . au
Procurement supervisor
/ RO►e arr'e`��
o 11amsitf rectorRE. �
Genera Services Administration
Au•�«*i Bid #87-88-0861 office
Supplies - City Wide
RcreptNets•
cNCLOSI.Rcf:
.
This department has verified available funding with the
Departments of Finance and Management & Budget that funds ace
available to cover the cost of the subject bid in the amount of
5270 L000.00 Account Cade Number 420801-700-5_1100_0
Internal Service Fund. -
FINANCE REVIEW & APPROVED BYt
(except for funds already
appropriated or items included in
VY budget)
Carlo; Garc a, Director
Department or Pinance
BUDGETARY REVIEW & APPROVED by t
Manfjhar Surana, Director
Dep rtment of Management
f< uagat
�i.;.o,. Ch►a �s " J� /�,�a..� 7� �� act
ADDITIONAL APPROVALS
(it required)
Not ref ufred
Sery o v r 9uez, "tirector
Planning Department
Not re uireea
Frank ae ane a, Director
community Development
89-63 i 3-
f
AWARD OF BID
Bid No. 87-88-096
ITEM: Office Supplies
DEPARTMENT: General Services Ndministration
Procurement Division/Central Stores
TYPE OF PURCHASE: Contract for One (1) Year
REASON: To provide office supplies to all City
Departments.
POTENTIAL BIDDERS: 59
BIDS RECEIVED: 23
TABULATION: Attached
FUNDS: 1988-89 Internal Service Fund,/Central
Stores Account No. 420801-700-511000
MINORITY PARTICIPATION: Invitations to bid were sent to twelve
12 Black, thirteen (13) Hispanic and five (5) Women owned
firms engaged in the sales of Office Supplies.as located in
the following sources:
1. Metropolitan Dade County 'Minority Vendor Directory
2. Bidder applications on file in Procurement.
3. Previous formal bids for similar supplies.
Minority response consisted of three (3) rids from Black
Firms, six (6) bids from Hispanic firms and three (3) bids
from Women Owned firms.
BID EVALUATION: Award of specified items is recommended to the
lowest responsive and responsible bidder whose product meets
or exceeds the quality of the manufacturer's product
suggested for each item. Based on inspections of samples
and previous product performance, some items are not
recommended due to failure to meet quality standards
stipulated and bidding on wrong sizes and quantities. Of
Six (6) items are ties between an out of town vendor and a
vendor located in Dade County, the award is made to the
vendors located in Dade County. Of two (2) items that are
ties between minority and non -minority, the award is made to
the minority vendor.
Award of "Balance of line" is recommended to all lowest
responsive and responsible bidders who offered a discount on
other products they carry. Orders for individual
requirements under this category will be placed with the low
bidder at the time of need, depending on availability.
Following is an analysis of the invitations to bid:
Number of Bid Number of
Category Invitations Mailed Respon,es
Prior Bidders
Black American 4 1
Hispanic American 6 2
Woman Owned 3 2
Non -Minority 17 8
New Bidders
Black American 8 2
Hispanic American 7 4
Women 2 1
Non -Minority 12 3
Courtesy Notifications 15 0
"No Bids" - 2
Late Bids -
Totals
74 25
Page 1 of 2'7"Eii3 i
Reasons for "No Bid" were as follows:
1. Joyce Office Products. "Cannot comply."
2. American Computer Supplies. "Inventory levels not
sufficient to maintain immediate 3elivery."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE AS FOLLOWS:
BIDDER ;Minority
SPECIFIED ITEMS
BALANCE
OF LINE
Classification
#
of Items
DISCOUNT
Award
Amount
Offered -Awarded
1.
Barnett Office Supplies
45
$15,569.80
42-21%
Yes
(woman owned)
2.
Long's Office Supplies
1
11.64
35%
Yes
(Non -Minority)
3.
Decora Office Furniture
55
107,398.28
40%
Yes
(Woman -Owned)
4.
Photocopy Center
4
16,144.20
None
No
(Hispanic)
5.
Xerox Corp.
5
15,843.12
done
No
(Non -Minority)
6.
X.I.P.S. Corp.
6
5,109.20
40-45%
Yes
(Hispanic Minority)
7.
AMR Office Supplies
4
3,349.60
25%
Yes
(Black Minority)
8.
B & L Business
14
5,054.66
2%
No
(Black Minority)
9.
Coral Paper
6
2,168.15
None
NO
(Non- Minority)
10.
K-Data Products
8
11,441.28
20%
Yes
(Non -Minority)
11.
Mac Paper
2
4,500.00
None
No
(Non -Minority)
12.
Kemron Office Supplies
2
1,264.32
30-35o
Yes
(Non -Minority)
Sub Total
$187,854.25
$82,145.75
GRAND TOTAL AWARD
$270,000.00
Procurement Supervisor
The Minority & Women Business Administrator
above recommendation.
Date
concurs with the
/yt
t
111► J`
Minority & women Business
Administrator
C—.,2%-O
Date
Page 2 of 2 SS-637
• r
its ULAi iON CIF 6105 FOR '
v
C:.v k3eftnr►, C.R Clw% Il h
Q"O..«I by oh* C.ry CO-1-61.cr. C-ry Cl-%• C,rY al M-G,-;. f •or-da o P. Mt
L crr.a S Pw C." Cadsi wq•o Jrd r` M D N �.6�✓� ✓lam 1� ----- C r�f�Cr — S { �
a
Item
W,
idAll
�$ L IV
_�01�►rov D/5�:��Nr Div h�
N� n
owl
L-417o
.
v
TA ULAT;QN OF BIDS FOR
Gtv u.�cgwr, C, v 004 a U.
Qoce—od b'! 01,60 C,11 CAD-t.se,co-, L, 3or%. C.hr Cf r.po., F:pl.(.o cz P. U.
L cM��a S t-s.•c> >s.�w C..y C_:to 3 "c•,o OTC /. 7_:._� i tRj G3 ��' %}:./�
1.•r��4W.1.y
Item
y,
aES:Rar.CN
x�t
UNIT
PRICE'TOTAL
UNIT
PRICF.
TnT
UNIT
nT;•r•
I;:IIT
1
rubber band # 18
300bx
. 3
y7
2
RUBBER BAND #33
400BX
.3L
3
-�7
3
RUBBER BAND #54
300BX
, 3
•
_
Y
cr7
4
CEMENT RUBBER CI-00494 40Z W/BRUSH
120BOI
y7
SS
,3•/v
. �j
r l
5
CHEESECLOTH 36"X1OYD A7-10-10
48 PK
�,/N
7'✓i�
�i
6
CLEANER DESK 15 OZ A7-573
48 CA
I -J
/•Yr
�o
l •%
7 ICLIP#1
(100) H4-02001
3000B,
8
CLIP JUMBO 114-02002
100013
9
10
CLIP DISP H4-Cl-PC-BKIP_
CLBOARD F7-204 LETTER
8 EA
6 EA
111
CLIPBOARD F7-205 LEGAL
120EA
(�
• �)
i�
�'�
12
DICTIONARY, HARI) B5-HO5070
60EA
-�
�.F J
1✓ • 3S
i 13
ROGET THESAURUS , HARD 135-H01020
_14
DUOTANG L2-53558 BORDER/PANEL,LTR
LOBO.
�':J
—��
�_ "�
�,vc)
✓
1�
DUOTANG 1-2-53540 CLEAR,LTR
100BX
L
�/• U
i ;�,} L
1b
ENVELOPE BRN CRAFT 6X9
240BXI
7L)
i ,✓"
%V/.
`
_` -� i
17
-
ENVELOPE 7X 10
25 BX
3' �.�
1,
18
ENVELOPE 9X12
400BX
.!0
,0C(-
19
ENVELOPE 1 OX 13
60 BX
20
ENVELOPE IUX15
120BX
; ',
l •�
'- %/
ZI
ENVELOPE 12X1512
50 BX
06
22
ENVELOPE,REG 24#WHITE #10 (500)
OOBX
23
FASTNER L2-70012 (50)
1OOBX
25
BASES L2-70013 (100)
50 BX
126
BASES L2- 70023 (100)
200BX
300BXK
I • �2
1.1 ✓
1• G;,
'•7"
27
FILE FOLDER LETTER 1 3
28
VLILE FULDEK LEGAL 1 / 3
480BX
�• 15
Y• 10
/• U �
?l y
ITA, ULAi 10N 9F E3105 FOR
Q6<0..04 47 ow C.tv Cp....,. �3. pw, G•ti Clw%. C.ti of M.a,.., R'a••do U P.
L C.ty �%!s S VO••7 O,a
— —
9 a Bu.d ♦..._..
-- -- -
Item
�+o.
CE5CR PT.aN
gBX
IT
ICE
TOTAL.
UNIT
PRICE
TO
UNIT
r1 •'
U[IT'
uNI'T
n T
"".i-
f__i i ":
29
PENDAFLEX 4152 1/3 LETTER
Y
'� -
Lo
SI
_
3 3
-__ _
iV�'
—. r
30
PENDAFLEX 41 52 1 5 LETTER
U
3, a S`
• !
_
31
PENDAFLEX 4153 1/3 LEGAL
180BX
32
PENDAFLEX 4153 1/5 LEGAL
-J BX
33
FRAMES,LETTER F1-442-1
12SET
1.90
34
FRAMES,LEGAL F1-443-1
0 SE
35
COR FLUID WHITE S3-564-01
25 G
36
COR FLUID AST COLOR
100 D
7
7' `%�
j • �J-
35
7' y _
— _
37
38
LIQ THINNER S3-565-01
6 GR
6 GR
< o
;r
^•7"
_
1(• %
COR FLUID-COPIES-S3-710-01
�'`i�
;d�"
39
INK-20Z-COLORS R3-58701/2/3
60 EA
7�S
��
40
STAMP PADI/ ] BLK OR RED
60 EA,SyZS
• cam'
__
_
`— -
. %
- - e
' _ "
� - - ---
_ ____.__
i
-�
41
42
STAMP PAD # 1 DRY
INDEX PAGES C1-213-5 (24)
24 EA
10 BX
; � �
(/.oU
iy2
.3
_ � �
—�-.1(
_43
INDEX PAGES C1-213-5C (24)
10 BXi
0
'3 L
�,U
44
INDEX PAGES C1-213-8 (24)
20 BXi
U °
�b
_
�•
_i_s.�
45
INDEX PAGES C1-213-6C (24)
20 BX
,O J
46
LABELS, F1-FF3 AST COLORS (248)
360BX
.7 75
J
, rj 0
_l'
_
47
LABELS,WH1'TE A5-S6432 (120)
360BX
1,JO
•i�1
!�J
1
48
ELMERS GLUE C1-1:-372 40Z
72BOT
49
GLUE STICK Cl-U-26
200EA
�'
���•
L%�_
___ _
50
STENOBOOK 6X9 PITMAN
60DL
=)
S
D `
Y. f _3
51
STENOBOOK, 6X9 GREGG
144DZ
j. Q
S/
OA
I
52
PADS,LTR P3-C81 1-P
324DZ
F'
,6 3
f .
`/ 3
S •3 S
53
PADS, LEGAL. P3-C814-P
516 D'
, y
',) b
j 0
6.60
54
PADS JR SX8 P3-058-CP
48UZ
•"
1'95
_
L f S `+
55
SCRATCH PAD 3X5 P3-C35-WSP
ODZ
1 /- 1-O
1,17
4-2
56
SCRATCH PAD 4X6 P3-C46-WSY
2ODZ
I � (2
17�
El
iASULATIQr1 OF elo 5 FOR
�.
G•y u...coo, C.h 00#4 A. cL
Qoca..e/ b-r Mo C.tv Ce•+n. aa,o.•, Gry V.rl. C.tv of M.v*•, F'or•da o P. Y.
L 7w C••V Cato 3 wo-•o J•q
I•r���ten.p �
Ito"
No.
DESCPIP f.Q►i
57
SCRATCH PAD 5X8 P3-058-WSP
60DZ ,
58
MEMO FILLER 4X6 P3-A46-5 (500)
40OPK
59
MEMO HOLDER FOR 4X6 K3-1373
24 EA
60
DESK PAD 24X38 KI-20532
60EA
61
BLOTTER REFILL 24X38
150EA
62
BOND PAPER LTR WHITE
50ORM
63
BOND PAPER LEGAL WHITE
250 R
641
PENCIL #1 210-1
6 GR
65
PENCIL #2 210-2
100GR
66
PENCIL #3 210-3
6 GR
67
PENCIL COLORED W/ERASER
10 DZ
68
PENS, MED BALL
200GR
69
PENS FINE BALL
200DZ
70
PENS,FIBRE 861-11//
20GR
71
PENS RAXOR PT N2-SW-10PP
300DZ
72
PENS, HIGHLIGHTERS
288DZ
73
74J
PENS PERM MARKERS 100D7.
PUNCH 2 HOLE H2-P200 BK 124 E
75I-
H2-P49-BK
72 EA
76CAL
REFILL B1-E -50
2
77PUNCH,3HOLE
CAL BASE B1-E17-00
100EA
78
REINF A5-TD909 (200)
420P
79
CAL 22X17 B1-SK24-00,EYES
300EA
80
CAL REFILL B1-EZIO-50
CAL BASE B -E -
500EA
81
UNIT
PRICE TOTAL
;.y>
.82 RULER 12" WOOD 1)2-R501-12 96EA r �
83 RULE - 18 96EA ,
84 ELEC PENCIL SHARP N,3-KP-100N 36EA -11. L
UNIT
PRIG
kS
(1.10
UNIT
3y
is
J
UNI'i'
OT r.
f
�•
r
j'(1 1' i
- --
—
-
}'
/V
- - -
10.20
6 4--
o
v,�
1,3
r ��
z- •sue
---
s
TAEBIJLATION QF BIDS F_QFJ
• G•V u.•.caer, C.ti 04-tt a U.
w
_�-- Q.ce..&a b* C.ry Cc•••,.s^s^o.,•, C,y 7". C,tv of V.c^r;. Rlor•do a' P. Y. ---- — -
L cw•s.o S I-s.,ro so .?c. C.ry Czeo S wr•a N
5- a-
1•rr�lv.r.4o — -
Ili" • UNIT
OEs:a�vt•Osr UNIT UNIT U'ii'I' U'�JIT
tic. PRICE TOTAL PRICE TOT ,ur TOT" r� , , , T
85 FINGER MOIST A8-10050 108EA y"2,
86 SCISSOR 8" H3-1017-8 2 EA
87 STAPLE REMOVER 70W OR G600 144EA . Lo Z- y l , i� Lj
88 STAPLER #444 - 19 EAy f , /o •l D — - -
89 STAPLES,STD,FULL STRIP SF1 (5000) 1000B S , ,0 --
90 ADD MACHINE ROLL 2', P4-C225 (100RL 17= � / 00 � `,' ` %�. p0
91 TAPE,MASK 3/4" 48RL /'-43 /,� j� r
-- -- - - -
92 TAPE,MASK 1" 144RL L S 7 /ppV'' / `( 93 TAPE,MASK 2" 96RL / - L / 94 TAPE MAGIC 1/2" A8-810-1296'Z- 60RL�95 TAPE,MAGIC 3/4" A8-810-1296-3/4 3000RI96 TAPE W/DISP A8-105 9 RL ` - - - - - - - -
97 TAPE SEAL 2" A8-3750-2-CR 60 RL ) r , q 1� O
98 TAPE DISP A8-C15 120EA-
99 DYMO TA - RL
_ 100 DYMO TAPE !Z ESS-158 240 R1 --
101, WASTE BASKET K6-2956 72 EA---
102 LETTER OPENER H3-150 48 E . -y jq J j
103 FILE POCKET FI-1536G (10) 100 B. G L'
104 WYWO PADS, PINK L 1-23-000 40PK
105 BINDER 1" L2-C1181 BKL 240EA C1 • 9� 2 ) .p /• �`
106 INDER 2" L2-C 1 182-BKL 40EA 1, % - �- "`1 _��� ✓ � _------ --- -- - - -
107 BINDER 3" L2-1183-BKL .40EA ,U 3,13 ��� '•05'
108 COPY PAPER LTR 200C 7 /•`o /�/ LS • 7 �� Uv -- Z� '7r — - - -
109 COPY PAPER LEGAI. 8000 1-&- 20 32-ou--
.110 IBM RIBBON 1299095 (6) 96BX ?-I?
---
III IBM L/OTAPE 1136433 (6) 240B L
��?_ IBM RIBBON 1299508— 4CEA <� %G �arj7 2
a..:so
L cr-l" S as Po. C.ly Cade ; Lie—j J.d
t.on
tia DESCRIP T.ON
11 STAPLE CiRT XEROX 8R2253
114 kIBBONS,CAL S2-80CBR
TAi3Ul.AT1n�JN OF F3105 FOR.
C.•y u.•.a`c., C.oq C3aw%
QKs.-*4 h the C.tv Cc—n.ss•co. C7 3". Ceti 0 V.c—. Rto—,d-a-o
UNIT
PRICE TOTAL
'0 cl , Al b
12 EEA y F
116
DISP SAVIN 7745 (3)
60 BOI
Al
117
DRY INK XEROX 6R229 (5)
64 BX
164EA
118
DEVEL XEROX 5R167
I
(V
120
DATA BINDER L6-N32-14U (10)
36BX
11-9
121
POST IT NOTES A2-653
240PK
t •�J(-,
122
POST IT NOTES A2-654
240PK
?�"?
1231
POST IT NOTES A2-655
240PK
y • il-
124
TRAY FOR POSTIT A2-C45
60 EAb�-
125
SHEET PROTECT SP11
40BX
c�S�
126
RIBBON QUEME 1V MULTISTRIKE B140
200B.
127
PRINTWHEEL QUEME
36 EA
Y
128
PRINTWHEEL QUEME BOX OF 6
0 BX
r D
129,
RIBBON WWIII B192 1337761
240E
130
LIFTOFF TAPE 1337765 BUR 192LT(6)
192B'
)Z
131
PRINTWHEEL WWIII
14EA
132
5''-4 FLOPPY DISC 96TPI (10)
400BX
133
DIABLO RIBBON AP1302/630 B126F(6)
300BX
134
PRINT l
24EA
1344
PRINTWHEEL,DIABLE (BX OF 6)
30BX
3.91y
135
CONT STK FORMS 9':Xll BLANK 3300
10OCS
8
136
CONT STK FOR111S 14 7/8X11 2700
20 CS
;-',
137
TANK, MITA 37001554
IOOEA
8
PEN 6 INK COR FLUID 747-01
OXFORD BLUE 9200T-1/3 (25)_
4 GR
ti 6 Y
139
11O0BX
UNIT
PRIC1,
• y3'
N /J
72
LZ - !?
AV/3
N
r•
0
?v
Nd_
3" 0 0
N3
/-U 0
LL
P. M.
M
U;IT kAl
6
& tv
LF"' -1 - -'/ 1-s-
0
1 y7,✓v
N,4-
141,4
11-00
i
z_
1 )-I •00
Tq�ULA�is, QF alCS FS2g
a�
C'h C)ob 1 M.o��.
G'► �oA. C.h e
M
B.3-0. -0-- Old
i
& d
�..tyu� d.•. es �
1040w DES :;IsP S-CM
we.
140 OXFORD BE 9300T 1/3 (25)
LU
141 RIBBON FOR DIABLO 635 BR2354
142 PRINTWHEEL FOR " VAR_ S
14 RIBBON XEROX 610/bBUR 182TL
144 L/0 TAPE
145 O,IDATA RIBBON BUR BM176
146 TONER f11TA 37036010
147 DEVEL MITA 37002932 '
148 BINDER CLIP Srt?+LL H4-020��
149 BINDER CLIP ME[) 114-0205U
ER CLIP LARGE _ 114 0�'100
151 THER'1AL PAPER FM 338
1 152 1 BAL OF LINE
A
UN I T
UN I'I
pRIC1? TOTAL
PRICE
.a
120B
240EA
A
24EA
72EA
2q'1
-L
12 BX
288EA
�J
{8 BO
i
DZ
50 D7,
► S '
50DZ
144 Ri
�•� '
TABULATIO aF 6105 FOR
G•v
Q«• .•I b• .l�e C..>. C•—..•.... C vV Jrb, C..ry •/ r:o.:, it•..40 m P. tr.
L..w.•• I to Pw C.., G!• L me--' a.N.
_
kw
yo
DES:�tP r.aw
i� !ti ✓/ C
fly /> L twr+R
/1/O —
�r� 1 .J / /�/�qy� ✓..:./-!
U GL/}�; / %C J/V
��/S -
✓/ C _
10 0
Q
ad,vi Tr,
5 Io7,...
--
=lw;c p v�✓7—
Y�-IS
o
zr`7o
n✓R
MIN
0
E
TABULATION OF BIOS FOR
tti rrw�. Gry 0. % L AL {
i«....J to •w C.-V co—sor. C.•V 7.A. C.•y./ r:w.:, FIG. -to a P. is.
!•.�.
XI P5,RUNIT
4c"1
t..r-..a a.;'- Gry Cal. f wc••* 0...
S91 " Z3
L
46 �� �i6 0 L 5y 1
C_1
L
/ t✓ o i 1 �Ji%t /s wl-! /FA/
M.
OESCR&PT.O#+
TOTAL
PRICE
UNIT UNIT
UNIT UNIT
TOTAL
1
rubber band i18
_--
AL �I/
2
RUBBER BAND #33
3
RUBBER BAND 5
kC
4 CEMENT
RUBBER C1-00494 40Z W/BRUSH
5
CHEESECLOTH 36"X10YD A7-10-10
6
CLEANER DESK 15 OZ A7-573
(100) H4-02001
OOOBCLIP
JUMBO H -0 ,
BCLIP
rCLIP#1
DISP H4-C1-PC-BK
8 EACLIPBOARD
F7-204 LETTER
6 EA
CLIPBOARD F7-205 LEGAL
20EADICTIONARY,
HARD B5-H05070
60EA
13
ROGET THESAURUS,HARD B -
14
DUOTANG L2-53558 BORDER/PANEL,LTR
IOBO
15
DUOTANG L2-53540 CLEAR,LTR
OOBX
16
ENVELOPE BRN CRAFT 6X9
240E
17
ENVELOPE 7X10
25 B'
_
18
ENVELOPE 9X12
400BX
19
ENVELOPE 1OX13
60 BX
2
ENVELOPE 1OX15
120BX
_
2
ENVELOPE 12X15�
50 BX
22
ENVELOPE,REG 24#WHITE #10 (500)
OOBX
Fi
23
FASTNER L2-70012 (50)
100BX
300BX
25
tBASES L2-70013 (100)
SO BX
ASES L2- 70023 (100)
200BX
27
FILE FOLDER LETTER 13
300BX
I E FOLDER LEGAL 1/3
480BX
`•�/ 1
AR-637
TABULATION OF BIDS FOR
C.sy ow% A. AL
O«s..d b. *A. C.hr Cr..svep. G•y Jai. C..ti •111,w:. Fle-is i, r.
,•sue.
�"�LL%
'�
I.-cr'sM S I-s.•ea as P.. C.ry C.i!• f Mr•s Ord.
UNIT
PRICE TOTAL
UNIT
PRICE
UNIT
UNIT
UNIT
UNIT
TOTAL
lima
..,.
oEsCMIor.o«
_:...29
PENDAFLEX 4152 1/3 LETTER
60 BX
/if
tj
A16
30
PENDAFLEX 4152 1 TT
31
PENDAFLEX 4153 1/3 LEGAL
180BX
32
PENDAFLEX 4153 1/5 LEGAL
30 BX
'
33
FRAMES,LETTER F1-442-1
12SET
34
FRAMES,LEGAL F1-443-1
60 SE
35
COR FLUID WHITE S3-564-01
25 G
36
COR FLUID AST COLOR
100 D
37
LIQ THINNER S3-565-01
6 GR
381
COR FLUID-COPIES-S3-710-01
39
INK-20Z-COLORS R3-58701/2/3
60 EA
40
STAMP PAD11 BLK OR RED
60 EA
41
STAMP PAD #1 DRY
24 EA
42
INDEX PAGES C1-213-5 (24)
10 BX
43
INDEX PAGES C1-213-5C (24)
10 BX
44
INDEX PAGES C1-213-8 24
20 BX
45
INDEX PAGES C1-213-8C (24)
20 BX
46
LABELS,F1-FF3 AST COLORS (248)
360BX
47
LABELS,WHITE A5-S6432 (120)
360EX
48
ELMERS GLUE Cl-E-372 40Z
72BOT
49
iGLUE STICK Cl-U-26
200EA
50
STENOBOOK 6X9 PITMAN
60DZ
51
STENOBOOK, 6X9 GREGG
144DZ
J,S
_
52
PADS,LTR P3—C811—P
324DZ
53
PADS, LEGAL P3—C814—P
516 D
54
__PADS JR 5X8 P3—058—CP
48DZ
55
SCRATCH PAD 3X5 P3—C35—WSP
60DZ
i
�• p
56
SCRATCH PAD 4X6 P3—C46—WSP
120DZ
V C 99-63-
TAE3uLAT10N OF 0105 FOR !�
'Gov rse.."W. C•ti O.A A. IL
OKs.-si by the C.ti Ce.-...ss.ow, C.I car%. coo o1 %son:. ilaf.ja o P. Y.
L•CM�M i �f.Mf� 1• �M C•f� CSC• r�••t 0�. -
ly
b. dw •...--f
11.►pyl I.f. h �
loom
DES:RIPr.OK
UNIT
PRICE
TOTAL
UNIT
PRICE
UNIT.
UNIT
UNIT
UNIT
TOTAL
57
SCRATCH PAD 5X8 P3-058-WSP- -
60DX
jvN
AJA
58
MEMO FILLER 4X6 P3-A46-5 (500)
40OP
,p
59
MM HOLDER FOR 4X -1 3
24 EA
60
DESK PAD 24X38 K1-20532
60EA
61
BLOTTER REFILL 24X38
150EA
62
BOND PAPER LTR WHITE
RM
63
BOND PAPER LEGAL WHITE
250
64
-PENCIL #1 210-1
6 GR
65
PENCIL #2 210-2
100GR
66
PENCIL #3 210-3
6 GR
67
PENCIL COLORED W/ERASER
10 DZ
68
PENS, MED BALL
200GR
6
PENS FINE BALL
200DZ
70
PENS,FIBRE 861-11//
20GR
71
PENS RAXOR PT N2-SW-10PP
300DZ
— --
—
-
72
PENS, HIGHLIGHTERS
28RDZ
73
PENS PERM MARKERS
10ODZ
74
PUNCH 2 HOLE H2-P200 BK
124 El
75
PUNCH,3HOLE H2-P49-BK
72 EA
76
CAL REFILL B -E -
-----
77
CAL BASE B1-E17-00
100EA
78
REINF A5-TD909 (200)
420P
79
CAL 22X17 BI-SK24-00,EYES
300EA
80
CAL REFILL B1-E210-50
500EA
81
CAL BASE B -E -
82
RULER 12" WOOD U2-R501-12
96rEA
83
R - -
96EA
rr
1
4
ELEC PENCIL SHARP M3-KP-LOON
36EA
i
40
N14-63 7
TAeULAT1ON OF SIDS FOR
a.ce.-od bo oke C..v Co-mm.ea.or•, C..j arms. Cnp o/ y:w:. Plot -de w `p. y
s. �:.. i
%.'clw,04 s Ir.y.-vC is Per c.t' Cade I, w*..* Ord.
6-d Bond
i
Item
%a.
UNIT
PRICE
TOTAL
UNIT
PRICE
UNIT
UNIT
UNIT
85
FINGER MOIST A8-10050
lOBEA
Al
86
SCISSOR 8 H3-1017-
2
87
STAPLE REMOVER 70W OR G600
144EA
88
STAPLER 1444
192
89
STAPLES STD FULL STRIP SF1 (5000)
1000B
90
ADD MACHINE ROLL 214 P4-C225(100RL
17CT
yS
91
TAPE,MASK 3 4
q RL
N
92
TAPE MASK 1"
144RL
93
TAPE,MASK 2"
96RL
4
TAPE MAGIC 1/2" A8-810-1296-�
60RL
—
-
95
TAPE,MAGIC 3/4" A8-810-1296-3/4
3000R
96
TAPE W/DISP A8-105
RL
97
TAPE SEAL 2" A8-3750-2-CR
60 RL
98
TAPE DISP A8-CI5
1120EA
99
1120RL
100
DYMO TAPE 'i ESS-158
240
101
WASTE BASKET K6-2956
72 EA,
102
LETTER OPENER H3-150
48
103.
FILE POCKET F1-1536G (10)
100 B
104
WYWO PADS,PINK L1-23-000
840PK
105
BINDER 1" L2-C1181 BKL
40EA
106
NDER 2" L2-C1182-BKL
240EA
107
BINDER 3" L2-1183-BKL
240EA
108 COPY PAPER LTR 320OC4yFf-S�c r
109 COPY PAPER LEGAL 800csj'
110 IBM RIBBON 1299095 (6) 96BX �o
, 0 4, I L -✓
!11 IBM L/OTAPE 1136433 (6) 240B 5.3 0
112 IBM RIBBON 1299508 4CEA 1-Sv
? ." i.3 ti
., I UNIT
11 ;
OTAL
40
TAeV1.ATIQLj_QF E310S FQR
Croy sw. C.q ow% Al tL
Q.co..od by the C.h Cor+•a.avow. C.q 'J' ..r. Ciry o/ "-we:. ftor.44 o P. Ad.
L c�.•aw S tws.rea is Per C.re Cade ; v@••I Oro.
1►r�,t�a.M �
lies
"a.
DES,-" T.ON
TOTAL
UNITr
PRICE
UNIT
UNIT
UNIT UNIT
TOTAL
11
STAPLE CART XEROX 8R2253
11
RIBBONS,CAL S2-80CBR
I
-
]"64EA
vo116
DISP SAVIN 7745 (3)
73,75
117
DRY INK XEROX 6R229 (5)
17Z.S
118
--Tr7
DEVEL XEROX 5R167
/5- ./c'
FUSER -AGENT XEROX 8RZ955
48 EA
,Sp
Al/
120
DATA BINDER L6-N32-14U (10)
36B"
121
POST IT NOTES A2-653
240PK
122
POST IT NOTES A2-654
240PK
123
POST IT NOTES A2-655
40PK
124
TRAY FOR POSTIT A2-C45
0 EA
A/
125
SHEET PROTECT SP11
40BX
126
RIBBON QUA IV MULTISTRIKE B140
200E
/?,av
127
PRINTWHEEL QUE"tE
6 EA
3• Y v
J
N/3
128
PRINTWHEEL QUEME BOX OF 6
0 BX
v• o
l
2 7_ d U
129
RIBBON WWIII B192 1337761
240
130
LIFTOFF TAPE 1337765 BUR 192LT(6)
192B
-°-
131
PRINTWHEEL WWIII
EA
j! 1>
i - ;J
^//jAl
132
51t FLOPPY DISC 96TPI (10)
400BX
?.`�S
%. ")
!l �S /3-65
133
DIABLO RIBBON AP1302/630 B126F(6)
300BX
I��YS
134
PRI
24EA
Yp
134
PRINTWHEEL,DIABLE (B� OF 6)
30BX
for O
N _
135
CONT STK FORMS 9`_•X11 BLANK 3300
100CS
i�,
N
136
CONT STK FORMS 14 7/8X11 2700
20 CS
Iff6�
137
TANK, MITA 37001554
100EA
PEN 6 INK COR FLUID 747-01
4 GR
NA
139
OXFORD BLUE 9200T 1/3 (25)
100BX
1
/✓�
CiL�
8.
L•co-s.o S too -coo so P.. C..y Cal. & ws••s 0•d.
8-4 G .-t &. Gam-.
lass
yo. OES:PIP T.OK
140 OXFORD BLUE 9300T 1/3 (25)
141 RIBBON FOR DIABLO 635 8R2354
142 PRINTWHEEL FOR " VAR STYLES
3 RIBBON XEROX 610/620 B182
144 L/O TAPE BUR 1 2TL
145 OKIDATA RIBBON BUR BM176
146 TONER MITA 37036010
147 DEVEL MITA 37002932 ,
148 BINDER CLIP SMALL H4-0202
-149 BINDER CLIP MED H4-02050
U0 BINDER CLIP LARGE H4-02100
151 THERMAL PAPER FRI-338
152 BAL OF LINE
TABULATION OF 810's FOR
C.s 44 ..►. C.sy Clw% A. K.
Qscs...J b*'w C..T Cr•..swe". C fv CIW#A. C.tv of %A.w..:. Ftas.do o LP,^tr.
AZ4
Ex
1 1
s
UNIT
UNIT
PpTri
�•5
.q
UNIT
UNIT
TOTAL Nlq-
5--L-
y-
3-Y
it-
IL-6
0
TA I�Ll
--
F tps F
ed G n�►. Crq
n•A.
aar bt �� C.rt 4.+w.sa.aw, cry 7 C.ry al �.:" V. ft •r.do w
dt dw v.a Brae sa iw C•►► Cad. i u.•-a Ord. ./-r— G� ^P"NG-�
as
fop
77
6i?L -
y
w
T
TA :
a u. U
P y r 7-
4.c•..d ar 9%4 C..r t !7?�- Uv
S 70nn
_ f? U f
UNIT TOTA
ors f L '
s••:N a,. c..r Cat. s !i UNIT
�...�... i t,.,...a .. L/ UNIT --- _-
bs b.� �'+•" � UNIT
UNIT
UNIT PRICE
PRICE TOTAL S
1w. OES��'ot•0►� 300bx S
me. 3
I rubber_b d #18 400BX
2 RUBBER BARD #33 BX '
3 RUBBER BAND 5 120B4 D 1, /
RiJBBER CI-00494 40Z W1gRUSfl �
4 , 2jT 8 PK lV
5 CHEESECLOTH 36"X10YD A7-10-10 48 C �.0 ,u 3
6 CLEANER DESK 15
OZ A7-573 000B It/
7 CLIPj1 (100) H4-02001 B ,q
CLIP JUDO H -0 8 F '� , 7 L
CLIP DISP H4-CI-PC-BK 6 EA
9 F7-20q � !%
10 CLIPBOARD 4 LETTER 120EA Yi ----
11 CLIPBOARD F7-205 LEGAL 60EA 'o c)
B S-H05070 � .) + -J . D 6 3 --
12 DICTIONARY, HARD B _ f L
13 ROGET THESAURUS,1� lOBO J --
OOBX 1 f f - —
14 DUOTANG L2-53558 C �RL R EL,LT U� � -
1$ DUOTANG L2-53540 240B S
16 ENVELOPE BRN CRAFT 6 X9 0 , 3
17 ENVELOPE 400BX b��
9x12
18 ENVE' OPE 60 BX
1OX13 ,)'j'
19 ENVELOPE 120BX
1 OX 15
20 ENVELOPE 50 BX ice,
12X15',� pOBX '� 1
2 ENVELOPE lu5
22 ENVELOPE,REG 24#WHITE �#10 (500) 100BX
23 FASTNER L2-70012 (50),
300BX
_
50 BX /V
.Z 25 BASES L2-70013 (100) �- -
200BX
ASES L2- 70023 (100) 300BX SD
•27 FILE FOLDER LETTER 1 3 480BX'
p , 78 ILE FOLDER LEGAL 113
TABULATION OF BIOS FOR �
TG.q r...q_, C.q O..% l it
04c....1 bw the C..r Cv....v.•�, Cry '..lab, C.^r of Aiw.;. fTyr.1• a P. is.
l-c..•..• f 1........ iw C•.y Cad. 1. we,.* Ord.
.-
I.M
"•
ors:RIrT.aN
UNIT
PRICE
TOTAL
UNIT
PRICE
UN'T
UNIT
UNIT
UNIT
TOTAL
29
PENDAFLEX 4152 1/3 LETTER
f•
.fS
30
PENDAFLEX 4152 1 LETTERiq
r12SET
L
31
PENDAFLEX 4153 1/3 LEGAL
7.j
32
PENDAFLEX 4153 1/5 LEGAL
33
FRAMES,LETTER F1-442-1
Z
•`17z
34
FRAMES,LEGAL F1-443-1
0 SE
,0
/•°
35
COR FLUID WHITE S3-564-01
25 G
11(j.5 `�
%
36
COR FLUID AST COLOR
00 D
•5
e 3
37
LIQ THINNER S3-565-01
6 GR
7 .
S . U
38
COR FLUID-COPIES-S3-710-01
l:-6•V
1� 96
39
INK-20Z-COLORS R3-58701/2/3
60 EA
1
�S
40
STAMP PAD 1 BLK OR RED
60 EA
9
e
41
STAMP PAD #1 DRY
24 EA
a y
42
INDEX PAGES C1-213-5 (24)
10 EX
/I_
43
INDEX PAGES C1-213-5C (24)
10 BX
2— U
44
INDEX PAGES C1-213-8 24
20 BX
� 1, 7✓
. zy`
45
INDEX PAGES C1-213-8C (24)
20 BX
46
LABELS,F1-FF3 AST COLORS 248)
360BX
W 5
47
LABELS,WHITE AS-S6432 (120)
360BX
48
ELMERS GLUE Cl-E-372 40Z
72BOT
49
GLUE STICK Cl-U-26
200EA
27
50
STENOBOOK 6X9 PITMAN
60DZ
6 6
51
STENOBOOK, 6X9 GREGG
144DZ
-
52
PADS,LTR P3-C811-P
324DZ
53
PADS, LEGAL P3-C814-P
516 D'
54
PADS JR 5X8 P3-058-CP
48DZ
13 'L
55
SCRATCH PAD 3X5 P3-C35-WSP
60DZ
.7
56
SCRATCH PAD 4X6 P3-C46-WSP
20DZ
7
E2a.
.` 91
t
f*
TAE3Ul.AT10N QF 13vp5 FOR
40co—d by Ny C.ti Ca—M.G.—up. C.q am%. C.ry •1 Y:w..:. Fref.da m P. Y.
s.,:..
e-
L•ctrmsoo i 1.►.rec is Por C.ol G•• !• i agco Ord.
des........_."
1 r►�4�1 fir. t. M �
It"'
yam•
OESC.7�PT.QN
UNIT
PRICE
TOTAL
UNIT
PRICE
UNIT
UNIT
UNIT
UNIT
TOTAL
57
SCRATCH PAD 5X8 P3-058-WSP
60D2
58
MEMO FILLER 4X6 P3-A46-5 (500)
40OP
59
MEK0 HOLDER FOR 4X K -1 3
2
•Yo
60
DESK PAD 24X38 K1-20532
60EA
Z•
61
BLOTTER REFILL 24X38
150EA
,7 Z
62
BOND PAPER LTR WHITE
RM
�y,�
63
BOND PAPER LEGAL WHITE
250 R
(
• 773
64
PENCIL #1 210-1
6 GR
,G
/'
�•3%
G, 37
65
PENCIL #2 210-2
IOOGR
66
PENCIL #3 210-3
6 GR--
67
PENCIL COLORED W/ERASER
10 DZ
68
PENS, MED BALL
200GR
N A-
69
PENS FINE BALL
200DZ
70
PENS,FIBRE 861-11//
20GR
I3S V
2-Y, 6 IH-
71
PENS RAXOR PT N2-SW-10PP
300DZ
i•U
�.
72
PENS, HIGHLIGHTERS
288DZ
I '
Y�
73
PENS PERM MARKERS
100DZ
74
PUNCH 2 HOLE H2-P200 BK
124 E
---
75
PUNCH, 3HOLE H2-P49-BK
72 EA
/,) ,
,q
76
CAL REFILL B -E -
----
77
CAL BASE B1-E17-00
100EA
78
REINF A5-TD909 (200)
420P
a.
79
CAL 22X17 B1-SK24-00,EYES
300EA
80
81
CAL REFILL BI-E210-50
CAL BASE Bl-E21-00
500EA
So
f , 87�
82
RULER 12" WOOD D2-R501-12
96rEA
84
ELEC PENCIL SHARP M3-KP-100N
36EA
73
rA�
TA®ULATION OF E3105 FOR v
• Gov re•vp, cow ow%A, 1L
w
Z 0•ce._d bs •Ae C.ti ca—ft-seen. G•ti ae-%. cov e/ r.w:, fie. -do a p. is.
L erswr S I.a.•ee so, Pe. C..w Cat• ; ase••s Oed.
I..ey-rl �r.r. es a
I"'
•
DES:�1'T.ON
UNIT
PRICE
TOTAL
UNIT
PRICE
UNIT
UNIT
UNIT
UNIT.
TOTAL
85
FINGER MOIST A8-10050
108EA
I
AIR
86
SCISSOR 8 H3-1017-
2
-7?
87
STAPLE REMOVER 70W OR G600
144EA
•
88
STAPLER #444
89
STAPLES STD,FULL STRIP SF1 (5000)
1000B
• S
•Y6Y
VA
90
ADD MACHINE ROLL 2k P4-C225(IOORL
17CT
i-b, LS
Gr •UO
.
91
TAPE,MASK 3 4
4 RL
_SL
ti
Re
Eir
92
TAPE MASK 1"
144RL
93
TAPE,MASK 2"
96RL
-
--
- - --
-
94
TAPE MAGIC 1/2" A8-810-1296-�
60RL
/./
,4 S
95
TAPE,MAGIC 3/4" A8-810-1296-3/4
3000
/,j
/ ).o
5-
96
TAPE W/DISP AB-105
RL
,��
N
97
TAPE SEAL 2" A8-3750-2-CR
60 RL
` �
98
TAPE DISP A8-C 15
120EA
99
DYMO -52ul
120RL✓!
. yv
-
-
100
DYMO TAPE � ESS-158
240 RI
✓�
p
-
101
WASTE BASKET K6-2956
72 EA-
102
LETTER OPENER H3-150
48 E
.7
/
`
103
FILE POCKET F1-1536G (10)
100 B.
Aj
.
oo I�
;
- ----
104
WYWO PADS,PINK L1-23-000
840PKI
/,-)-
105
BINDER 1" L2-C1181 BKL
240EAJ
1061
BINDER 2" L2-C1182-BKL
40EA
►9 L.
1071
BINDER 3" L2-1183-BKL
/,OEAi
311�
108
COPY PAPER LTR
320OC4
U
Z-L.
_ „2
-
109
COPY PAPER LEGAL
800C
4
IIU
IBM RIBBON 1299095 (6)
96BX
111
IBM L/OTAPE 1136433 (6)
240j
�,rZ
IBM RIBBON 1299508
4CEA
--
1.'1
94
44
TAeUt-AT1QN OF BIOS FOR
Gav r.wga., C.ti O. JL AL
4.c a..ai ba M. C.a C.•v.-W—. G.ti '.7.A. C..v o/ Y.o+:, 0`4.•40 m P. aa.
s•a�a.
C-11
P I—�.,
Y Nd.
L c. a.1 S Pn C..v Ca�a••a OH.
ti's
r,.
0Es:� vr.pN
r
UNIT
PRICE
TOTAL
UNIT
PRICE
UNIT
UNIT
UNIT
UNIT
11
STAPLE CART XEROX 8R2253
0 CT
/v
.-_
TOTAL
11
RIBBONS.CAL S2-80CBR
120EA
116
DISP SAVIN 7745 (3)
60 BOX
117
DRY INK XEROX 6R229 (5)
64 BX
118
DEVEL XEROX 5R167
FUSER
64FA
AGENT-XEROX BRZ955
48 EA
120
DATA BINDER L6-N32-14U (10)
36BX
lUr
121
POST IT NOTES A2-653
240PK
- ----
- --
-
-
--
122
POST IT NOTES A2-654 —
240PKI
I
.qv
123
POST IT NOTES A2-655
240PKT-
124
TRAY FOR POSTIT A2-C45
60 EA
z.7Z
-
- --
— -
125
SHEET PROTECT SPil
40BX-
126
RIBBON QUEME IV MULTISTRIKE B140
200B
—
127
PRINTWHEEL QUEME
6
EA 6
�✓ %
l
--
-- —
128
PRINTWHEEL QUEME BOX OF 6
BX
- —
129
RIBBON WWIII B192 1337761
240E
11 3
130
LIFTOFF TAPE 1337765 BUR 192LT(6)
192B
--
131
PRINTWHEEL WW111
EA
��g
—
132
5z FLOPPY DISC 96TPI (10)
400BX
v
---
-- -
133
DIABLO RIBBON AP1302/630 B126F(6)
300BX
- -
-
--
134
PR
24EA
-
1341
PRINTWHEEL,DIABLE (BX OF 6)
30BX
y
-
'135
CONT STK FORMS 9'X11 BLANK 3300
100CS
136
CONT STK FORMS 14 7/8X11 2700
20 CS
7
137
TANK. MITA 37001554
LOOFA
!V
/Ul3
PEN 6 INK COR FLUID 747-01
139
OXFORD BLUE 9200T 1/3 (25)
jlOOBX-
--
L7lQ_r
-�•-v
VV F
Ll
TA 1=2 as AT•/1►• ON In m.r\C �--
�13.:L
•
®
1 11
: '
. 061,
1:
�rirrrrrrr■�rn,�s
•
rrrrrr
r�
rrr
s�
E R
' .
�r�rrrrrr■rrirrr�srir
irrrrrrrrr■rr�
MW®rrrr�rrrrrr�rrrrrreElmrrrrIMMEr■�r��rrrr
®1
, � . ,
OKIDATA RIBBON BUR BM176
'37036010
--BINDER
�rrrrrrrrrrrr�arrrr�
m�IN
11:
::
r�r
irrrrrr�rrrm�rrrrri�re�rrrr�rrrrr
rrrrrr�rrrrrrrrr�rrr����
IMENrr�
rr�rrr�r�r■r�e�r�■�rMEN
EMINIM
rEl
�sisr®rr�ia
it
im.
CLIP MED 1 1 ,
11
�-�arrrrrrrrm�THEr�ri
®B
1 11
. PAPER .
, 1
�
��rr�i
r
M=MME
rrrrrrr
MINE
��MEN
. •
r■rMIME
rr
ar■
r
s
r�r�rrrr�rr�rrrrrrrrrr�rNOMIN■rr�rrrrir
�v
r■rr�rrr�rrrrrrrrrr��rrrrrrr■�rrr■r
err
�
rrriir��
rrrrrr
MINE
rrrrr■■rrrr
rsr�rrrMINEEMIN
!�
rrrrrr�r■rrrr■rrrrr
=rr•rrr�rrrr
�I
IMMI
rr
rrrrr�EMIN
IMr�rrrrr�rrrrrrrr
rrrrrrsSIMME
IN
AMINE
s
rr
�rrrrrrrr
NEMI
E
r�rrrrrr�r�■r��rrr�
�rrr
iris.
��rsrisrss�rir
rr■r�r�sr■r��
�
�
r■Mrr■rrrr■rr��r
�rrr
rr
i
TABLIIATIQN QF. BIOS FOR
Q«....I by ow C..V G.— ove••. Gy 7w%. C.tv *I r.w:, P��••�a a P. Y-
s•a..
C
--
MAC
LC.q G!• ! ��••� Q•�.
1••p�l �.e.h �
y�
DE i:;FlP T.ON
)aiS' ANl
�,� -
/'✓>n% — --
- — -
/k , o ��ia= � 'Litt o��
A/oN
��/
_�...
i
�J✓NT �i fl ;-(i �✓✓Ill���s
-j%-�
—•.� -
.,'yJ,�.oU
_,J
�. /I;.lL
-
- --
TABL1l.e4T10N OF BIOS FOR
410ce..ed bt N.e G•e Gr•..s..e.•. GOP 7w%. Ceti a/ v:o•:. fia..ta • o. as.
l•ce.��e 1 too -Fee sr Pe. C•13p Cole i're••* 004.
6 — S
00
ggl0
0
d. •..d �......
/
-3yL
r
i...r,i.......pj0A1
A 161,1
Iowa
y�.
DESCRIPT.aN
UNIT
PRICE
TOTAL
UNIT
PRICE
UNIT
UNIT
UNIT
UNIT
TOTAL `
__1 _
rubber band #18
300bx
Av
__
-=" _
2
RUBBER BAND #33
400 BX
3
RUBBER BAND 5
B
EMENT RUBBER C1-00494 40Z W/BRUSH
12080
f
-
5
CHEESECLOTH 36"X10YD A7-10-10
48 PK
-
6
CLEANER DESK 15 OZ A7-573
48 Cl
7
CLIP#1 (100) H4-02001
OOOB
8
CLIP JUMBO H -0
B
9
CLIP DISP H4-Cl-PC-BK
48 EA
10
CLIPBOARD F7-204 LETTER
36 EA
11
CLIPBOARD F7-205 LEGAL
120EA
12
DICTIONARY, HARD B5-HO5070
60EA
13
ROGET THESAURUS,HARD B -H
14
DUOTANG L2-53558 BORDER/PANEL,LTR
10B0
1�
DUOTANG L2-53540 CI.EAR,LTR
lOOBX
16
ENVELOPE BRN CRAFT 6X9
240B
-)If
TT
ENVELOPE 7X10
25 B
j S
i
18
ENVELOPE 9X12
400B
I
19
ENVELOPE 1OX13
60 BX
20
ENVELOPE IOX15
120BX
21
ENVELOPE 12X15'
50 BX
22
ENVELOPE,REG 24#WHITE #10 (500)
OOBX
23
FASTNER L2-70012 (50)
100BX
300BX
25
BASES L2-70013 (100)
50 BX
L2- 70023 (100)
200BX
273BASES
ILE FOLDER LETTER 1 3
300BX
?
I E FOLDER LEGAL 1/3
480BX
U
TA®ULATI nN OF 6105 FOR
G..v %fi.ft.sw. C•A O.! . JL AL
Qacs..od br vw Ghr Co—m-sowo. C-ry 0w%, C.ey Of r.w:. F'O"s o O, r-
:•s:�.
fgUN
l/ lL•crsva
S 1-a.wa s• Pw C.;T Ca!• i 600••a 0•d.UNIT
via.
OES:a+rT.ON
PRICE
TOTAL
UNITIT
PRI
UNIT UNIT UNIT
TOTAL'"
-. -29
PENDAFLEX 4152 1/3 LETTER 60
BR
- - -
30
P EX 4152 1 L
31
PENDAFLEX 4153 1/3 LEGAL 180BX
_
32
PENDAFLEX 4153 1/5 LEGAL
0 BR
33
FRAMES,LETTER F1-442-1 12SET
34
FRAMES,LEGAL F1-443-1 50
SE
35
COR FLUID WHITE S3-564-01
25 G
36
COR FLUID AST COLOR 100
D
37
LIQ THINNER S3-565-01
6 GR
38
COR FLUID-COPIES-S3-710-01
6 GR-
39
INK-20Z-COLORS R3-58701/2/3
60 EA
-- ----
40
STAMP PAD 1 BLK OR RED
60 E
41
STAMP PAD #1 DRY
24 EA
--
42
INDEX PAGES C1-213-5 (24)
10 BX
43
INDEX PAGES C1-213-5C (24)
10 BX
---
44
INDEX PAGES C1-213-8 24
20 BX___--
45
INDEX PAGES C1-213-8C (24)
20 BX_J-
46
LABELS,F1-FF3 AST COLORS 248)
360BX
47
LABELS,WHITE A5-S6432 (120)
360BX-
48
ELMERS GLUE CI-E-372 40Z
72BOT
I
I-
49
GLUE STICK CI-U-26
20OFA
50
STENOBOOK 6X9 PITMAN
60DZ
51
STENOBOOK, 6X9 GREGG
144DZ
1324DZ
52
PADS,LTR P3-C811-P
53
PADS, LEGAL P3-C814-P
16 D-
54
PADS JR 5X8 P3-058-CP
48DZ
55
SCRATCH PAD 3X5 P3-C35-WSP
ODZ
56
JSC15TCH PAD 4X6 P3-C46-WSP
2UDZ
C7 4--t: `2 -i
—�Uy45M. i5dU Lr OlUp p-LJpj
i stir
Gy C.rp Owl A. 6L
e K....+ bt .� C•h �..N M, �+� .7 �. �•fy �� Y: w:, R1�..�� O 0. Y.
L..—." S I.....a .. a« C.,Cie. i ��•.! 0.�.
6d bw v..."
//v
1...
r..
DES:aiPi•ON
TOTAL
UNIT
PRIC
UNIT
UNIT
UNIT
UNIT
-57
SCRATCH PAD 5X8 P3-058-WSP
_
TOTAL
58
59
14EMO FILLER 4X6 P3-A46-5 (500)
MEMp HOLDER FOR 4X -1
tUN
rT
60
DESK. PAD 24X38 K1-20532
61
62
63
BLOTTER REFILL 24X38
BOND PAPER LTR WHITE
BOND PAPER LEGAL WHITE64
r fU
3S
PENCIL fi 210-1 ,
GR
Al
AJ14
65
PENCIL 92 210-2
100GR
66
PENCIL 63 210-3
6 GR
--
—
67
68
PENCIL COLORED W/ERASER
PENS, MED BALL
10 DZ
200GR
-- ---
6
70
PENS FINE BALL
PENS,FIBRE 861-11//
200DZ
20GR
-- --
--
71
72
PENS RAXOR PT N2-SW-10PP
PENS, HIGHLIGHTERS
300DZ
288DZ
-
---
— - -
-
_-
73
PENS PERM MARKERS
lUODZ
—
--
— ----
74
PUNCH 2 HOLE H2-P200 BK
124 E
--
75
76
PUNCH,3HOLE H2-P49-BK
CAL REFILL B1-E
72 EA
77
CAL BASE B1-E17-00
lOOEA
-
78
REINF A5-TD909 (200)
42OP
79
CAL 22X17 B1-SK24-00,EYES
300EA
80
81
82
83
CAL REFILL B1-E210-50
CAL SASE-
RULER 12" WOOD D2-R501-12
Z-RDUI-id
500EA
96EA
9 EA
ELEC PENCIL SHARP N3-KP-LOON
36EA
NN-637
.r
A 0I of AT./'♦►■ �r l9.r♦r �w
w
4ece.-ef be tke C.ti Co .%.%v,—. C.y CleA. C.,V •/ r:�+:, fy,.Is • P. y.
e•7:I.
L ce-ses S l..a-.es is Per C..y Cate L soe••s Ord.
AI
11A/
8-4
Nr►��Isr..N
a
Item
ra-
OES:���t.pM
UNIT
PRICE
TOTAL
UNIT
T
PRIPPTrw
UNIT
UNIT
UNIT
UNIT .
85
FINGER MOIST AS—I0050
108EA
TOTAL
86
SCISSOR 8 H3-1017—
2
87
OVER 70W OR G600
144EA
8844
1
89D
FULL STRIP SFL (5000)
1000B
90
E ROLL 2'-t P4—C225(IOORL
ETAPE.MAHSKK
17C
91
3 4
4 RL
_
921"
93
4
95
TAPE,MASK 2"
TAPE MAGIC 1/2" A8-810-1296—�
144RL
L
L
- U
TAPE,MAGIC 3/4" A8-810-1296-3/4�.
t3000RI
96
TAPE W/DISP A8-105
RL
N
97
TAPE SEAL 2" A8-3750-2—CR
60 RL
-----
98
TAPE DISP A8—C15
120EA
—
99
DYMO —
— —
— ---- -
100
DYMO TAPE ESS-158
240 R
101
WASTE BASKET K6-2956
72 EA
102
LETTER OPENER H3-150
48
1
103
FILE POCKET F1-1536G (10)
100 F
+�
104
WYWO PADS,PINK L1-23-000
840PK
I
105
BINDER 1" L2—C1181 BKL
40EA
—
—
ER 2" L2—C1182—BKL
40EA
107
BINDER 3" L2-1183—BKL
40EA
1200CSIZ
_
I
108
COPY PAPER LTR
iqS
3.,L
109
COPY PAPER LEGAL
800C
,9
,J
�.�
W.�S
U.7
lI0
IBM RIBBON 1299095 (6)
96BXu
III
IBM L/OTAPE 1136433 (6)
240BX
LA
-ALL-
IBM RIBBON 1299508
4CEA
TAQULATION OF BIDS FOR
G+* d..+.w. Gy am% • P. AL
Qecs..04 %V C.ev Co..,.,.sww-. G•ti 7erit. C..y 0 v:a.:. Plat -do o P. he.
L•cr.e S I-e.•« :. Pow C.ey Cate I Me-,* O•..
6. 80..4 a......
1i•'
y�
OES:RIPT.aw
UNIT
PRICE
TOTAL
UNIT
PR
UNIT
r
UNIT
UNIT
UNIT
TOTAL
11
STAPLE CART XEROX 8R2253
NA
11
RIBBONS,CAL S2-80CBR
R4B
116
DISP SAVIN 7745 (3)
117
DRY INK XEROX 6R229 (5)
118
DEVEL XEROX 5R167
64EA
tj
48 EA
�, %
120
DATA BINDER L6-N32-14U (10)
36BX
121
POST IT NOTES A2-653
240PK
•
122
POST IT NOTES A2-654
40PK
123
POST IT NOTES A2-655
40PK
124
TRAY FOR POSTIT A2-C45
0 EA
125
SHEET PROTECT SP11
40BX
126
RIBBON QU&4E IV MULTISTRIKE B140
200E
127
PRINTWHEEL QUEME
6 EA
128
PRINTWHEEL QUEME BOX OF 6
0 BX
129
RIBBON WWIII B192 1337761
240E
.1LS
130
LIFTOFF TAPE 1337765 BUR 192LT(6)
192E
/ Z— u v
r
131
PRINTWHEEL WWIII
EA
---
132
5� FLOPPY DISC 96TPI (10)
400BX
!-Iu
133
DIABLO RIBBON AP1302/630 B126F(6)
300BX
-S O
134
PRI
24EA
134
PRINTWHEEL,DIABLE (BX OF 6)
30BX
N 113
• 135
CONT STK. FORMS 9' X11 BLANK 3300
100CS
1,9 U
136
CONT STK FORMS 14 7/8X11 2700
120 CS
Lie
137
TANK, MITA 37001554
100EA
PEN & INK COR FLUID 747-01
4 GR
9
Vj
OXFORD BLUE 9200T 1/3 (25)
100BX
to
TARtll ATenlu e-%c ninc
rAVEW
'tRt
w
sw
�
.� � � .
P R ��ri■ww■wwr�wrwwi�w=
6R' � 1. t 1 � 11 :,
• , t t t r
�►l��l:�stJt�
�iwwtw��www�wwmw�w���w��
wiw�www�rw����w�w
mlE-
�OIS
U:. I ml-
�►I��
NOW
�
MEN�%W
MENsm
_
•FINE
OWN
wwz�rww�w�i
MA��
KIM
www
w�w9�
�`11■
.fit �� t t l
, t
EMNsm
WEN
Em_
NINE
�--
�ww
PAPER
ww
�w�a���
r■wMEN
ww�rw■�MINN
m
MEN�
r
www■�ww�NONE
INE
M wI
ww�r
Miss
MEN
��r��
MIEN
a
wtw�w
mow„■„
r
'A
w
wiww��ww��wriw�rr�wwt
ww"�
ANN
MINN
o�www�MEN
�wMINE
r���w�w���wwo�
N
�
SOWN
�
U6
w
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,-
TIME AND DATE OF BID OPENING.
Terms: iy T (Include cash discount for prompt
payment, if any)
Additional discount of % if awarded all items.
Warranty, arjri/nr guArantef-:
State any variances to specifications (use separate sheet if
necessary):
Delivery: 30 calendar days required upon receipt of Purchase
Orde r.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
W711how-4- mevicaoa-11
:kann eiYc T, M em cczrr I L
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City -Df
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
B I D D E R_
(company name)
Indicate if Minority Busi ess:
[ J Black [ J Hispanic Women
Signature-�'
Print Name: ,� �} o"caaffji
pate:
Za, 24 IMO--
88-63
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS - 7
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: NET ( Include cash discount for prpmpt
payment, if any)
Additional discount of ONE % if awarded all items.
Warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary):
Delivery: 1p-20 calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
Selma Schreiber
NAMES OF COMPANY OFFICERS:
Selma Schreiber
Sol Schreiber
Len .Iiorriscn, Fred Chekanow
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinanco No. 10062, the Minority Procurement Ordinance of the City ,Df
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: Barnett's Office Supplies Signature:
(company name) —
Print Name: Len Morrison
Indicate if Minority Business: Date: May 24, 1988
( ) Black ( J Hispanic [X4 Women
914�3 0,
FATLORE TO COMPL F.TE,_ _SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AIVD DATE OF BID OPENING.
MOA
Terms: �-Itxw P&zy,A- ( Include cash discount for prompt
payment, if any)
Additional discount of 8 if awarded all items.
Warranty and/or guarantee: (\AXiJ v4 ►,-t l S7Alf b �J ovtu
State any variances to specifications (use separate sheet it
necessary):
Delivery: 3o. (.IS' calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNF.R(S): AMES OF COMPANY OFFICERS/:
J4-t
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
-BIDDER: 1�C'"'z"" O 1
(company name)
Indicate if Minority Business:
( ) Black ( I Hispanic ( J Women
Signature:
Print Name: jam- A2c2
Date: '51 d /-('6''
99--63014
1
FAILURE TO COMPLETE, SIGN, AND Ftl:'1'URN THIS FORM MAY DISQUALIFY THIS
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
RM QUPPr
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: 2% - 30 Days ( Include cash discount for prompt
payment, if any)
Additional discount of 0 % if awarded all items.
Warranty and/or guarantee: .
State any variances to specifications (use separate sheet if
necessary):
Delivery: 3 calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Stieet (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
Mac Papers, Inc.
Frank S. McGehee, President
NAMES OF COMPANY OFFICERS:
Jerry Shane, Vice President
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: Signature:
(company name)
Print Name:
Indicate if Minority Business: Date: 904--637
[ j Black [ ] Hispanic [ ) Women
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS 3
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER. ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: 23-10 Npt In Cats ( Include cash discount for prompt
payment, if any)
Additional discount of n $ if awarded all items.
Warranty and/or guarantee: N/A
State any variances to specifications (use separate sheet if
necessary):
Delivery: 7 calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
JOHN PEREZ, CARL PEREZ,
JOHN DAVID PEREZ, AND
NAMES OF COMPANY OFFICERS:
JOHN PEREZ - PRESIDENT
CARL PEREZ - TREASURER
ROBERTA BOIIMER YOLANDA ESMURDOC - SECRETARY
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowleIg es that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: CORAL PAPER_ Signature: aAj V/jzj--0—
(company name) �
Print Name: CARL A. PI54EZ
Indicate if Minority Business: Date:
( J Black ( ] Hispanic [ ] Women �����►
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS 36
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
am currrr
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE. RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: ( Include cash discount for prompt
payme3it, if any)
Additional discount of �'� % if awarded all items.
Warranty and/or guarantee: v C' ~�t L'71-' (-t., , _•Zc�.t..G,Qc�,
State any variances to
necessary) ://��
Delivery: / —1 C&A - calendar
Order.
specifications (use separate sheet if
days required upon receipt of Purchase
Delivery Point(s): City of Miami - Stock Room
1145 N.W. 11Lii SLLCCt (RCdL 1
Miami, Fl 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
mac{ t4 1 Forn1 C; LL_
NAMES OF COMPANY OFFICERS:
dAJJ- LL
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: 1 k\C%C%C_C(" C C It7C,'Z. Signature:
(compa.y name)
Print Name: C� (l� � �C'_ /tJ � L L
Indicate if Minority Business: Date: - /U -
( ] Black [x] Hispanic [ ] Women —#)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS 39
CITY OF MIAMI, FLCRIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
RTn RRFFT
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: 1� -- r -:�p ( Include cash discount for prompt
payment, if any)
Additional discount of _C, - % if awarded all items.
Warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary):
Delivery: .., -1 calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Ream)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions., Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICERS:
(Please use -the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City Df
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: �_�,�;�-� Signature:
(compan name)
Print Name: -
Indicate if Minority Business: Date:
[ J Black [ J Hispanic ( J Women
9R--637u,
FAIi.[IRF. TO COMPLETE, SIGN, AND RFTUF2N THIS FORM MAY DISQUALIFY THIS 7
CITY OF M IAMI, r L�P,IDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: �'-�fJ'^-"��•) ( Include cash discount for prompt
.payment, if any)
Additional discount of % if awarded all items.
Warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary):
Delivery: calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
(Please use the back of this page
NAMES OF COMPANY OFFICERS:
•t�
e-
if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Or-dinanc o No. 10062, the Minority Procurement Ordinance of the City -)f
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
XIPS CORP
10401 N�.W�. �28 St
)A
BIDDER:
I� ' OK,
(compa y name)
Indicate if Minority Business:
( ) Black) Hispanic [ ) Women
Signature:
Print Name:
Date: ;;.' 0
99-s3 ill
y/
FAILURE TO COMPLETE, _SIGN, AND _RETURN THIS FORM MAY DISQUALIFY THIS
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: Include cash discount for prompt
payment, if any)
Additional discount of '� � % if awarded all items.
Warranty and/or guarantP.P'-
State any variances to specifications (use separate sheet if
necessary) :
Delivery: `;'U calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. lith Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICERS:
C
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinanct? No. 10062, the Minority Procurement Ordinance of the City Df
Miami, and agrees to comply with all applicable substantive sn�
procedural provisions therein, including any amendments thereto.
BIDDER: I"i yr-/ ,��� =��. ', Signature:,
(company name)
Print Name:
Indicate if Minority Business: Date:
�Q Black ( l Hispanic [ j women-63
FAIr.URE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY Till_ L/2
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-086
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: AIIIA 30 (Include cash discount for prompt
payment, if any)
Additional discount of — % if awarded all items.
Warranty and/or guarantee:c •?c s<<n)ct� ��i ,��1�ri��i ;� ti;
State any variances to specifications (use separate sheet if
necessary):
Delivery: /J calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Stock Room
1145 N.W. llth Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
�'%��e� 1,►1 c ���cc6tT
�) J
el BSc.:
Please use-thb b-Ack of this page
NAMES OF COMPANY OFFICERS:
if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER:_ �11�9 �/����5 Signature:
(company name)
Print Name:
Indicate if Minority Business: Date:
[ J Black ( J Hispanic [ ) Women
9g-63
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS q3
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 8 88-086
BID SHEET
IMPORTANT: BID SHEE'r AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: Net 30 days, Noire ( Include cash discount for prompt
payment, if any) -
Additional discount :,f 1 % if awarded all items.
Warranty and/or quare ntee : As per manufacturers specifications
State any variance3 to spEcifications (use separate sheet if
necessary):
Delivery: l calendar days required upon receipt of Purchase
Order.
Delivery Point(s): C-ty of Miami - Stock Room
1145 N.VY. IIt11 Street (Rear)
Miami, F1 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
William J. Green
Lillian K. Green
(Please use the back of this page if
NAMES OF COMPANY OFFICERS:
President
Vice President Treasurer
more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned )idder acknowledges that it has received a copy of
ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: B & business Products Si nature:
(,:ompany '
name)
Print -Name: Willian J. Green
Indicate if Minority Business: Date: May 25, 1988
[ xj Black [ Hispanic [ Women
9+9"'637
FAILURE TO CO�MPLGTE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS (/�
SUE,^.;; i 310S TO:
Office of the City , _rk
ITY OF MIA.Mf, FLCRIDA
3E00 Pan American Drive
INVITATICN TO BID
P.O. Box 330708
TERM CONTRACT
Miami, Florida 33133
Bidder Acknowledgment
Page 1 of
TELEPHONE NUMBER
MAILING DATE !C,tv)
31G NO
cages
579-6380
May 3 , 1988
8�-88-J85
,,Is w+u be due"eo
BID TITLE
, 00 p.m. May 2
n5 r 1988
Office Supplies CO,^,.-raC`
`
Reason for "no bid"
•d ^av •ot ve wit^C.rawn .vim ,+, +,++;eta ❑ays
,ter sucn Cate 3+1d time
;: awards made as a result of this bid shall conform to applicable
'ct+ons of the charter ai,d code of the C,ty of M+am+
4%IE JF %EN:GOR
A C RPORATION OF THE
AREACODE
TELEPHONE'JU ISER
y2—%ZCR +C
;T.iTE OF
AIL:NG AGGRESS
� %A �a. J 1
VENDOR .MAILING DATE.
i e Q
.Tv,STATE.Z:P
CERTIFIED OR CASHIER'S SEC-attl�ti,s
ATTACHED, «HEN RECu!RED. iN THE Am(;LNT'F S
r cr^ -P,,f '"•s , N s "" .'„!hour jr or unoe�stan1mg. ,gree,nenr or �s�� <�:?J, .--, v
:.7n,•r;•-+;., ,n n,v :9,,7rrlr-o,r ,,,,,+ or oersoll ;uumirnng J n,d 'or •ne _ AUTHCRIZED SIGN.'.Z RE I'1,lanuall
�1m- •'.f�• ,•t . , ...ems n,np•,• ,nr1 s n e,f resnerts •air 3nrr .v,rnaut _
:01-i n _ 1 Jyee )rm- ny „r , 0141,1 Orb of 'his O,r1 Jn0 cerf,ty
'hd1 r , _ �•, 'a rJn •n.s „ ,ur 'ne -10e�
Ji_ITF:nRIZEV. SIGNATURE T:peo) 7:T__
GENERAL CONDITIONS
BIDDER: To insure acceptance of the bid, follow these instructions.
SEALED BIDS: All bid sheets and INN, form must be executed
anC S..Drn+tted in a seated envelope. The face of the envelope %nall
conta+n..n aoe+fion to the aoove address, the date and time of the
bid opening and the old number. Bids not submitted On attached
bid form may be rejected. Aft bids are SubieC1 10 the Conditions
Specified hereon and on the attached sheets.
I. EXECUTION OF BID: Bid must contain a manual signature
of an authorized representative in the space provieeo above.
The company nam must also apl:dar on
each cage of the bid as required. ( •A,tlrT'Ihef fTQ!rOf
2. NO BID: It nor Submitting a Did, respond by returning this
form, marking it "NO BID', and explain the reason in the
�oace provided above. Repeated failure to quote without
suff+c,ent justification Shall be cause for removal of the
supplier's name from the bid mailing list, NOTE. To qualify
is a respondent, bidder must submit a "NO BID", and it must
7e received no later than the stated bid opening date and hour.
3. 910 OPENING: Shall be public, on the date and at the time
peClhed on the old form. It is the bidder's responsibility to
assure that his bid is delivered at the proper time and place of
the bid opening. Bids which for dny reason are not so
cieuvered, will be returned unopened. Offers by telegram or
telephone are not acceptable.
4. PRICES, TERMS and PAYMENT: Firm prices shall oe
nuotert, typed or printed in +nK and ,ricluait all packinq,
ranel+ng, Shipping charges and delivery to any point within
Dade County Binder is requested to offer cash discount for
urompt invoice payment Discount Time will be comported
from the sate of satisfactory delivery at place of acceptance
or from receipt of Correct invoice at 'he office specified,
.+a,+cnever s later
a1 TAXES: Co not nciude State or Federal taxes not ap•
piicaoie +o municipalities. The applicable Tax Exemption
,umber .s shown on 'he PVrcnaSe Order.
0) MISTAKES: Bidders are expected to examine the
ti0eU11cahOns, cel+very schedule, bid prices, and all in-
structions pertaining to subpl,es and set:ices
do So will be at bidder's r+SK,
c) CONDITION AND PACKAGING: it s-rcerstocc arc
agreed that any,fern offerev „r sn,cpeb 3s 3 resLl! :t -s
bill shall be new (current crocuc!,cn mocei 31 •re t,rre ct
this ale). All container$ small be suitable for s!Crage _r
Shipment, and all prices shall induce Stan :aro c^m.
merC,al DacKaging
d)SAFETY STANDARDS: Unless otherv,se st.cu:afed n
the o+d, all r+ anutactured items and facr 1-3'N 35Ser^Cr Es
shall COmCIy, ,vlth applicable re.1u,rernenis cf Cc
cupat+onal S.9fety and r4ealfr) act and any 91arC3r7s
therauncer
e) INVOICING AND PAYMENT: The _ontr3C'�r ;r3rl =e
Paid upon submission of properly cert.hec .nvo,ces'o •-e
City of Miami at the prices st;pulared on the zurcrose
order, less deductions if any, as ;:rovioed. All
shall bear the purchase order. Invcicinq at var,ance .v,'n
this provision may Subject the contrac' 'o wrcc,'.3' cn
S. MANUFACTURER'S NAMES AND APPROVED
EQUIVALENTS: Any manufacturers' names, 'ace ^_in•c-s.
tirand names, information or catalog number; ._ n
specification are for information, not •o m,r
The bioder may offer any brand for wn•rn h- .; an aurr cr.:ec
representative, which meets or exceecs 'me :crc t•cat. n •ir
any itemis). It bids are based on eCu .a •^! cr:a c S. n
i4
dicateon the Did form the manufacturers name arc nurr--er
and indicate from '!cel: 1,c31,enS v_'.;R
M
j
any deviation !tie
BID, LACKING ANY WRITTEN INDIC-�T'CN IF: N'ENT
TO QUOTE AN ALTERNATE BRAND. '41LL BE
RECEIVED AND CONSIDERED a5 a +`UC7.:7*:CN N
COMPLETE COMPLIANCE .VITFi '. HE SPECi r-+C;.T'CN5
Q^
AS LISTED ON THE 810 FORM Tre O+v-s ,:n -,t Purc^as,nq
is to be notified of any proposed cr,3nges n al rare-als
+
used, fb) manufacturing --rocess, ;,r 7ns.'rucl+on.•
However, changes shall not ce brno+na upcn 'tie : ry unless
widened by a Change Notice slued -,no , gned oy 'me
Purchasing Agent.